Y--Voya 308690: Replace Power Distribution
SOL #: 140P2024R0130Pre-Solicitation
Overview
Buyer
Interior
National Park Service
DSC CONTRACTING SERVICES DIVISION
Denver, CO, 80225, United States
Place of Performance
Place of performance not available
NAICS
Power and Communication Line and Related Structures Construction (237130)
PSC
Construction Of Other Utilities (Y1NZ)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Aug 19, 2024
2
Response Deadline
Oct 3, 2024, 11:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
ACTION: Pre-Solicitation Notice
PRE-SOLICITATION NUMBER: 140P2024R0130
CLASSIFICATION CODE: Y1NZ - Construction of other utilities.
CONTRACTING OFFICER: Tim Burger
CONTRACT SPECIALIST: Brian Baugh
DSC-CS Contracting Services Division
National Park Service
P.O. Box 25287
Denver, CO 80225
POINT OF CONTACT:
CONTRACTING OFFICER: tim_burger@nps.gov
CONTRACT SPECIALIST: brian_baugh@contractor.nps.gov
PLACE OF PERFORMANCE: Voyageurs National Park, Minnesota.
PLACE OF PERFORMANCE COUNTRY: USA
Title of Project: Replace Power Distribution line.
GENERAL:
The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a full and open basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov . Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available.
Vendors can search for opportunities and award history on www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List and a Watchlist where you can add your company¿s interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents.
Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a DUNS number in order to conduct business with the Federal Government.
This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.
Proposed Solicitation Issue Date: Estimated on/about September 3, 2024
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
The NAICS Code for this requirement is 237130 with a size standard of $45 million.
Description:
This project will replace the main underwater high voltage cable and multiple transformer boxes that run from the mainland to the Kettle Falls district. Pad-mounted switchgear, sectionalizing enclosures, elbow terminations, as well as individual and other associated components will be replaced as needed. An improved level of emergency backup generation for critical loads at Kettle Falls Area will be installed. Due to the compromised neutral wire, this poses a serious safety risk to visitors as well as employees. The neutral serves as a ground for the cable, and as more lightning strikes occur the chances of someone being struck increase. Secondly when power goes out facilities are forced to be closed such as restrooms, showers, and the restaurant. There is also a food safety factor at the restaurant due to the freezers and coolers loss of power. This has potential for food to develop bacteria that could lead to sickness of visitors. The Fire suppression system pumps are run by electricity; therefore, if there is no power then there is no fire protection for the Historic hotel. This jeopardizes the visitor's safety as well as the historic building. The new backup generator would allow the concession to continue to stay operational in the event of a power outage.
Estimated Price Range: Over $10,000,000
Estimated Period of Performance: 730 calendar days
Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents
A pre-proposal meeting may be posted and date/location will be noted in the solicitation or a forthcoming amendment.
This procurement will be competed via full and open.
All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov .
PRE-SOLICITATION NUMBER: 140P2024R0130
CLASSIFICATION CODE: Y1NZ - Construction of other utilities.
CONTRACTING OFFICER: Tim Burger
CONTRACT SPECIALIST: Brian Baugh
DSC-CS Contracting Services Division
National Park Service
P.O. Box 25287
Denver, CO 80225
POINT OF CONTACT:
CONTRACTING OFFICER: tim_burger@nps.gov
CONTRACT SPECIALIST: brian_baugh@contractor.nps.gov
PLACE OF PERFORMANCE: Voyageurs National Park, Minnesota.
PLACE OF PERFORMANCE COUNTRY: USA
Title of Project: Replace Power Distribution line.
GENERAL:
The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a full and open basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov . Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available.
Vendors can search for opportunities and award history on www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List and a Watchlist where you can add your company¿s interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents.
Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a DUNS number in order to conduct business with the Federal Government.
This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.
Proposed Solicitation Issue Date: Estimated on/about September 3, 2024
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
The NAICS Code for this requirement is 237130 with a size standard of $45 million.
Description:
This project will replace the main underwater high voltage cable and multiple transformer boxes that run from the mainland to the Kettle Falls district. Pad-mounted switchgear, sectionalizing enclosures, elbow terminations, as well as individual and other associated components will be replaced as needed. An improved level of emergency backup generation for critical loads at Kettle Falls Area will be installed. Due to the compromised neutral wire, this poses a serious safety risk to visitors as well as employees. The neutral serves as a ground for the cable, and as more lightning strikes occur the chances of someone being struck increase. Secondly when power goes out facilities are forced to be closed such as restrooms, showers, and the restaurant. There is also a food safety factor at the restaurant due to the freezers and coolers loss of power. This has potential for food to develop bacteria that could lead to sickness of visitors. The Fire suppression system pumps are run by electricity; therefore, if there is no power then there is no fire protection for the Historic hotel. This jeopardizes the visitor's safety as well as the historic building. The new backup generator would allow the concession to continue to stay operational in the event of a power outage.
Estimated Price Range: Over $10,000,000
Estimated Period of Performance: 730 calendar days
Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents
A pre-proposal meeting may be posted and date/location will be noted in the solicitation or a forthcoming amendment.
This procurement will be competed via full and open.
All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov .
People
Points of Contact
Burger, TimothyPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 1Viewing
Pre-Solicitation
Posted: Aug 19, 2024